STATEMENT OF WORK PREVENTATIVE AND/OR CORRECTIVE Building MAINTENANCE SERVICE Materials Testing Laboratory

Similar documents
STATEMENT OF WORK. Installations, Repair and/or Maintenance of Sewage and Drain Lines. Presque Isle State Park (Erie County)

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF TRANSPORTATION SPECIFICATIONS FOR ELECTRICAL MAINTENANCE ANR REPAIR CONTRACT

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

COUNTY EXECUTIVE On behalf of the City of Pittsburgh

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO.: DMS-14/15-004

City of New Rochelle New York

DEPARTMENT OF MILITARY AFFAIRS CFMO CONTRACTING BRANCH ISSUED ADDENDUM

CONTRACTOR QUALIFICATION FORM

REQUEST FOR PROPOSAL

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

INVITATION TO BID APRIL 18, 2016

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

TEXAS DEPARTMENT OF TRANSPORTATION ELECTRICAL MAINTENANCE AND REPAIR SERVICES PUBLICATION

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

EXHIBIT 1 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED (GENERAL) CONTRACTORS BY THE

City of New Rochelle New York

COUNTY OF ROCKLAND Department of General Services Purchasing Division

Job Order Contracting Mandatory Pre-Bid Conference

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013

SPECIFICATIONS 1. LOCATIONS OF WORK

Procurement of Works

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

Letter of Instructions

1. Building Permits under Chapter 85 of the Code of Ordinances*

COUNTY OF ROCKLAND Department of General Services Purchasing Division

COUNTY OF PRINCE EDWARD, VIRGINIA

FORM OF TENDER 32/2010

REQUEST FOR SERVICE On-Call Electrical Repair Services Rate Request

PROPOSALS MUST BE RECEIVED BY: 10:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019

Mold Remediation and Clean Up of Central High School

Standard Bid Terms Table of Contents

BID# State Museum of PA, 300 North Street. Attention: Rhonda Johnson Telephone: Fax:

City of New Rochelle New York

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) CONTRACT NEGOTIATION

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219

Swissray International, Inc. 31 Gordon Road Piscataway, NJ Phone (908) Fax (732)

STATEMENT OF WORK I. SCOPE OF WORK

Release Date: January 3, 2019 Due Date: January 17, 2019

Legal Advertisement REQUEST FOR PROPOSALS. to retain and employ a duly qualified, licensed electrician. All services must be in accordance with

for Job Order Contract Washington State University

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

REQUEST FOR BIDS #1685 FLIR K65 THERMAL IMAGERY CAMERA FOR THE ATHENS FIRE DEPARTMENT

T E N D E R Tender # T Washroom Upgrades Carnegie Building

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87

SPARTANBURG REGIONAL HEALTHCARE SYSTEM POLICY STATEMENT. Procurement of Construction Services, Design Services, Goods, and other Capital Expenditures

REQUEST FOR PROPOSALS

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

INSTRUCTIONS TO BIDDERS

INVITATION FOR BIDS FOR A PURCHASE OF 9 VEHICLES TO BE USED BY MONROE COMMUNITY MENTAL HEALTH AUTHORITY

REQUEST FOR BID PROPOSALS

GENERAL ASSEMBLY OF NORTH CAROLINA SESSION 2017 S 1 SENATE BILL 607. Short Title: Job Order Contracting Method. (Public) April 5, 2017

SOUTH COLONIE CENTRAL SCHOOL DISTRICT BOARD OF EDUCATION

REQUEST FOR PROPOSAL UNIFORM RENTAL SERVICES

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number

Bids are due by 10:30 a.m. local time, Friday March 31, Sealed bids may be mailed or brought in person to:

Pittsburgh, PA 15213

The City may choose to extend the contract one (1) additional year.

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

PROPOSAL FOR. Project Number: SU Date: December 7, 2018 Project Name: Renovate Old Mailroom to Café TO THE STATE UNIVERSITY OF NEW YORK:

Proposal packets are available online at or at the Snohomish Health District, 3020 Rucker Ave. Ste 308, Everett, WA

REQUEST FOR SEALED BID PROPOSAL

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

MOBILE LAPTOP CHARGING CARTS BID: # BOE

TOWNSHIP OF SEVERN. Contract No. PW Low Sulphur (clear) Diesel Fuels

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL

ALTERATION AGREEMENT 125 Bronx River Road August 2014

Request for Bid/Proposal

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3

Quote- QT Teresa L Davis. Chief Mortgage Finance Officer.

INVITATION TO BID-Building Renovation 83 Woolsey Street, New Haven, CT 06513

INVITATION TO BID TOTAL PROJECT COST:

Central Wastewater Plant Specifications for the Purchase of Polymer - June 2013

VENDING MACHINE SERVICES FOR THE BOONE COUNTY FISCAL COURT

Rolling Plains Management Corporation 118 North First Street P.O. Box 490 Crowell, Texas REQUEST FOR PROPOSALS FOR

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

Department of Public Works

REQUEST FOR PROPOSALS (RFP) CITY OF RHOME OLD SCHOOL WINDOW AND DOOR REPLACEMENT

GENERAL SPECIFICIATIONS TABLE OF CONTENTS

ADDENDUM NO. 3 to the PREQUALIFICATION DOCUMENTS AUGUST 26, 2011

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

CITY OF DUBLIN City Hall 100 Civic Plaza Dublin, California DOCUMENT AGREEMENT

VEHICLE MAINTENANCE AND REPAIR PROPOSAL

Request for Bid #1667 (RFB) CONCRETE SERVICES

REQUEST FOR PROPOSAL FOR: Campus Safety and Security GBC Great Bay Community College

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

Computerized Point-Of-Sale Accountability System And Meal Application Software for USDA National School Meals Program

Right to Refuse The City of Coralville reserves the right to reject any and all bids and to waive any technicalities in the bidding process.

Transcription:

I. SUMMARY The work under this contract will be performed at the facility located at Commonwealth of Pennsylvania, Department of Transportation, 81 Lab Lane (mailing address) and 82 Dogwood Avenue (delivery address), Harrisburg, PA 17110. The work to be completed under this contract is primarily preventative and/or corrective building maintenance as described in the Specifications. following term shall have the following meaning: a. Preventative Maintenance shall mean the routine, customary or regular course of procedure related to the care or upkeep of an existing Department facility or building, which may also include inspection services provided as part of a preventative maintenance program. Preventive building maintenance is conducted to keep equipment working and/or extend the life of the equipment. b. Corrective Maintenance shall mean the maintenance which is required when an item has failed or worn out, to bring it back to working order, which may also include those services necessary to partially restore, renew or strengthen an existing Department facility or building, following damage caused by use or normal wear and tear. Additional work to be completed under this contract, except for preventative and/or corrective building maintenance, shall meet the needs of the Department, as they arise, and not be part of a planned project requiring a design or inspection component related to new construction or renovation. following terms shall have the following meanings: a. Modifications shall mean those changes, alterations or extensions to existing Department facilities or building that neither exceeds estimated available funding under the purchase order to be issued to the selected vendor nor rise to the level of new construction or construction related modifications to be completed under the Facilities Management Division. The contractor is expected to provide/supply all labor, tools, equipment, and vehicles to perform all duties, related duties, and responsibilities associated with performing preventative and/or corrective building maintenance of the facilities systems in this contract. following terms shall have the following meanings: a. Building shall include all roofing, painting, flooring (VCT, carpet, base, etc.) masonry, carpentry (caulking, insulation, doors, drywall, metal studs, exterior building repairs, acoustical treatment, flag pole, toilet room accessories and partitions, folding partitions, excavation and or/other related building systems installed in Department facilities. Material and workmanship shall be guaranteed for a period of one (1) year or the remaining term of the original manufacturer warranty, whichever is greater. Contractor shall be responsible for making adjustments during this period of time due to any defective material and/or workmanship. Page 1

All labor and materials used at the facility will be documented in a log. This log will be signed by the contractor s representative and by the Building Maintenance Foreman or his/her designee following completion of work assignment. This log shall serve as a basis for payment. The contractor is to provide the logs (invoice) of material used to the Department. II. BIDS AND AWARDS Contractors bidding on this contract must have a minimum of five (5) years experience in Building Maintenance and must have a branch office within 1.5 hours of the facility. 1. SUBMIT WITH BID: Contractors must submit, along with their bid, a resume outlining the Building Contracting Maintenance experience over the past five (5) years. The resume shall not exceed three (3) pages. If the resume is not submitted at the time of the bid, the bid will be deemed non-responsive. The term of the contract will be for one (1) year from the Effective Date with two (2) year options to renew for a total of 5 years. The Issuing Office will fix the Effective Date after the contract has been fully executed by the Contractor and by the Commonwealth and all approvals required by Commonwealth contracting procedures have been obtained. The Contractor shall not start the performance of any work prior to the Effective Date of the contract and the Commonwealth shall not be liable to pay the Contractor for any service or work performed or expenses incurred before the Effective Date of the contract. 1. The Commonwealth reserves the right, upon notice to the Contractor, to extend the term of the Contract for up to three (3) months upon the same terms and conditions. This will be utilized to prevent a lapse in Contract coverage and only for the time necessary, up to three (3) months, to enter into a new contract. The hourly rate for normal working hours and premium working hours shall not include travel. The hourly rate for normal working hours and premium working hours shall include, labor, equipment, overhead, profit, and all parts associated with performing preventative and/or corrective maintenance is for normal and premium working hours. The bid will result in a contract in the form of a Fully Executed Purchase Order (PO). The quantities furnished by the Department on the bid are an estimate only for one (1) year of service. The Department does not assume any responsibility that the quantities shall materialize. Nor shall the Contractor plead misunderstanding or deception because of such estimate of quantities. 1. Additionally, in the event any given line item on the Fully Executed PO requires an increase in quantity, the Contractor shall not proceed with any work until the Department has provided an updated PO reflecting the increased quantity. a. The PO will reflect an estimated materials allowance estimated. The Contractor shall not make any single item or combined items material purchase over $300.00 without the approval of the Building Maintenance Foreman or his/her designee. The cost of materials, parts, or repair building maintenance shall be invoiced at the Contractor s stated rate with a profit not to exceed 10%. A copy of the supplier s invoice is required for all material purchases. b. The Department reserves the right to supply parts and/or materials to be installed by the Contractor when it is deemed to be in the best interest of the Commonwealth. Page 2

III. GENERAL REQUIREMENTS All prospective bidders, before submitting a bid, must thoroughly familiarize themselves with the existing conditions at the project site(s). Should any discrepancies arise between the existing conditions and the specifications, they shall be reported to the Bid Contact prior to the Bid Submission Due Date and Time. Failure to visit the project site(s) shall be no excuse for extra compensation or project delay. Prospective bidders, prior to their visit to the site(s), will contact the Project Manager to establish an acceptable time to conduct a survey of the work to be performed. No contractor is permitted to visit and access the site without requesting and receiving approval from the District Facilities Administrator. The Building Maintenance Foreman or his/her designee may request at any time a formal estimate and/or quote detailing materials and labor for services in accordance with the Contract at no additional cost to the Department. The estimate and/or quote shall be submitted within five (5) business days of the initial request. All estimates/quotes need to reflect the current contract Purchase Order number. Minimum of 3 technicians available 24/7/365. Must provide references showing 5 year experience servicing and maintaining commercial building maintenance. A safety program that includes NFPA 70E requirements, PPE, and all required OSHA programs in place. No OSHA citations within the last 3 years. Technicians must be 10 hour OSHA trained. Supply inspection record for vehicles, equipment, tools and PPE. IV. DEPARTMENT CONTACTS Bid Contact - All bid questions and bid submissions should be directed to: Mary Beth Knepp, Purchasing Agent (717) 705-1378 or maryknepp@pa.gov Project Contacts All questions related to the facility and/or project specifications to: Leonard Else, Building Maintenance Foreman (717) 787-3968 or lelse@pa.gov V. WORKING HOURS AND CALL-OUT PROCEDURE Normal Working Hours shall be Monday through Friday, 6:00 am to 6:00 pm, Eastern Standard Time. Premium Working Hours shall be Monday through Friday, 6:00 pm to 6:00 am, Eastern Standard Time, and Saturday, Sunday, and National Holidays. Normal Call-Out Procedure shall occur when the contractor receives a call or written authorization to do Page 3

work by the Building Maintenance Foreman. Upon receipt of call-out request, contractor must be on site ready to commence work within two (2) hours, unless otherwise specified. The Contractor will not be paid for travel time. 1. Only the Building Maintenance Foreman or his/her designee is authorized to call for service. The Building Maintenance Foreman or his/her designee must provide his/her name/title/phone # when placing the call for service. This information must appear on the service call work order along with the date and time of the phone call. The work order is to be completed with a description of work and services needed along with a cost estimate for repairs. The work orders are to be signed by the Building Maintenance Foreman or his/her designee and the Contractor s Service Technician. A copy is to be given to the Department. 2. If the Contractor is not on site within two (2) hours or at the agreed upon date and time, The Commonwealth reserves the right to begin the assessment of Liquidated Damages in accordance with the Contract Terms and Conditions, Section V.45 CONTRACT-040.1d Liquidated Damages for each day for 10 Commonwealth business days. a. If after the 10 th Commonwealth business day the Contractor does not arrive on site, the Commonwealth reserves the right to declare the Contractor in Default in accordance with the Contract Terms and Conditions, Section V.27 CONTRACT-021.1 Default. Minimum of 3 technicians available, the contractor shall be available for call-out 365 days a year on a 24- hour basis. The Contractor shall provide names and telephone numbers for individuals in his company who may be contacted should an emergency occur. VI. CONTRACTOR LICENSING The Commonwealth of Pennsylvania has no requirements related to the registration, certification or licensure of contractors (or their employees) that are engaged in the construction industry. To comply with federal mandates, however, the Commonwealth does certify contractors and workers that perform asbestos and lead removal services. These certifications are issued by the Certification, Accreditation and Licensing Division at the Department of Labor and Industry. If you have questions about asbestos or lead certification, please visit the Department of Labor and Industry s website at http://www.dli.state.pa.us/. The Contractor is required to contact the municipality where the work will occur to determine if the municipality has established licensure and/or certification requirements. Some of Pennsylvania s 2,565 municipalities have established local licensure or certification requirements for contractors or construction trades people. Typically, these requirements pertain to home improvement contractors, electrical contractors (or electricians), and plumbing contractors (or plumbers). Since the Commonwealth has no jurisdiction in this matter, the Department maintains no records concerning municipalities that have established licensure or certification requirements. Page 4

VII. AUTHORIZATION TO DO WORK It is distinctly understood and agreed under this contract that the contractor shall perform such work and furnish such materials as authorized in writing by the Building Maintenance Foreman or his/her designated representative. VIII. PERMITS This existing structure has a valid Occupancy and Use Permit from the Department of Labor and Industry. When required, the Contractor shall: 1. Be responsible for obtaining all necessary approvals and Permits from the Department of Labor and Industry (L&I), Bureau of Occupational and Industrial Safety as required under the Uniform Construction Code. (http://www.dli.state.pa.us/) a. There are no fees for the Permits as long as the contractor notifies the L&I that this project is for the Commonwealth of Pennsylvania, Department of Transportation and is to be completed on state owned or state leased property. 2. Follow L&I guidelines for Emergency Permit Applications as referenced in the International Building Code (IBC) 2009. 3. Maintain and log, all mail receipts regarding L&I correspondence and submittals, and provide copies to PennDOT upon request. 4. Post all L&I Permits on site, in a weatherproof container for L&I inspectors review. 5. Submit proposed design drawings and develop plans for the existing structure. The Department will provide the awarded Contractor all existing design drawings for this structure if drawings are available. These plans should be accompanied with the proposed alterations associated with this building. a. Contractor shall provide all final plans sealed by a Professional Engineer licensed in the state of Pennsylvania. IX. LIQUIDATED DAMAGES Page 5 In the event of a state or federally declared emergency when the roadway transportation system is closed, liquidated damage timed hours will not begin to be calculated until state or federal emergency declaration is rescinded and the roadway system re-opened. All penalties will be deducted from invoiced cost. The Department reserves the right to pursue repairs from another source during a state or federally declared emergency and also after the initial day of liquidated damages are assessed. If in the best interest of the Department it is decided to have another source make repairs, the service provider will be responsible for the cost difference. 1. The service provider would then be liable for the liquidated damages and the cost difference. All of which would be deducted from the service providers invoice Two instances of failure to respond within the time constraints, unless otherwise permitted in writing from the Building Maintenance Foreman, can constitute a violation of the contract which gives the Department, at its discretion, the right to cancel the contract and retain services from the next lowest bidder and surcharge the low bidding contractor for cost difference.